London Boroughs of Richmond and Wandsworth is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Finance Transactional Services |
Notice type: | Contract Notice |
Authority: | London Boroughs of Richmond and Wandsworth |
Nature of contract: | Services |
Procedure: | Competitive Dialogue |
Short Description: | Wandsworth Borough Council is seeking to appoint a contractor for the provision of finance-related transactional services (the Main Contract) together with a linked framework agreement. The core services to be covered by the Main Contract : accounts payable services, accounts receivable and income management services, purchase to pay services, provision of reconciliations, accounting, budgeting and forecasting services, the provision of and support for a financial management system (including income management system), associated specialist services (including but not limited to data extracts and a cashiers service),and the provision of related professional advice, support and assistance to the Council for relationship management with some of the Council’s other financial contractors. The following additional non-core services may be required by Wandsworth Borough Council during the contract period, at their absolute discretion, and as such the additional services are not guaranteed. These services include but are not limited to bulk printing and mailing services.The Main Contract will be for a duration of six years, with the option to extend by a period or periods of up to 4 years (total maximum contract period of 10 years). It is anticipated that the Main Contract will commence in October 2016. In addition to the Main Contract (as a secondary element) the Council also wishes to enable other local authorities to benefit from this procurement and as such the Council is intending to set up a framework agreement through which other local authorities in the London area (Participating Authorities) may call off. A full list of the Participating Authorities is set out at annex A. The following Participating Bodies have expressed particular interest in benefiting from the framework agreement: London Borough of Camden, London Borough of Hackney, London Borough of Islington, London Borough of Richmond upon Thames. The Council is acting as a central purchasing body through which the Participating Bodies may wish to procure substantially similar services to those included in the main contract under a separate call off agreement. There is no obligation on the Participating Authorities to participate and the Council gives no guarantee or warranty as to the nature or volume of the services, if any, to be called off or the number of Participating Authorities taking part. However it is intended that the Participating Authorities should be able to rely on this procurement to purchase such services without the need for any further procurement process. The duration of the individual call off contracts will not necessarily be limited to the four year term but the term will be governed by the subject matter of the call off contract concerned. The material terms of the call off shall be the same as for the main contract subject to the right to make specific amendments in respect of an individual call off.The information required by II.1.4 in relation to the framework agreement is as follows: This is a Framework Agreement with a single operator and would be for a term of four years. The estimated value of purchases for the contracts called off under this framework agreement is GBP 504 000 000. |
Published: | 16/01/2015 17:45 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Wandsworth Borough Council
Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
Tel. +44 2088716742, Email: pcarlisle@wandsworth.gov.uk, URL: www.wandsworth.gov.uk
Contact: Central Procurement Team, Attn: Paul Carlisle
Electronic Access URL: https://www.delta-esourcing.com/tenders/UK-UK-London:-Accounting-services./7472K8WNHZ
Electronic Submission URL: https://www.delta-esourcing.com/tenders/UK-UK-London:-Accounting-services./7472K8WNHZ
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
General Public Services
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Finance Transactional Services
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 9
Region Codes: UKI11 - Inner London - West
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Accounting services. Sales and purchases recording services. Tax-return preparation services. Compilation of financial statements services. Financial systems software development services. Printing and delivery services. Supporting services for the government. Wandsworth Borough Council is seeking to appoint a contractor for the provision of finance-related transactional services (the Main Contract) together with a linked framework agreement. The core services to be covered by the Main Contract : accounts payable services, accounts receivable and income management services, purchase to pay services, provision of reconciliations, accounting, budgeting and forecasting services, the provision of and support for a financial management system (including income management system), associated specialist services (including but not limited to data extracts and a cashiers service),and the provision of related professional advice, support and assistance to the Council for relationship management with some of the Council’s other financial contractors. The following additional non-core services may be required by Wandsworth Borough Council during the contract period, at their absolute discretion, and as such the additional services are not guaranteed. These services include but are not limited to bulk printing and mailing services.The Main Contract will be for a duration of six years, with the option to extend by a period or periods of up to 4 years (total maximum contract period of 10 years). It is anticipated that the Main Contract will commence in October 2016. In addition to the Main Contract (as a secondary element) the Council also wishes to enable other local authorities to benefit from this procurement and as such the Council is intending to set up a framework agreement through which other local authorities in the London area (Participating Authorities) may call off. A full list of the Participating Authorities is set out at annex A. The following Participating Bodies have expressed particular interest in benefiting from the framework agreement: London Borough of Camden, London Borough of Hackney, London Borough of Islington, London Borough of Richmond upon Thames. The Council is acting as a central purchasing body through which the Participating Bodies may wish to procure substantially similar services to those included in the main contract under a separate call off agreement. There is no obligation on the Participating Authorities to participate and the Council gives no guarantee or warranty as to the nature or volume of the services, if any, to be called off or the number of Participating Authorities taking part. However it is intended that the Participating Authorities should be able to rely on this procurement to purchase such services without the need for any further procurement process. The duration of the individual call off contracts will not necessarily be limited to the four year term but the term will be governed by the subject matter of the call off contract concerned. The material terms of the call off shall be the same as for the main contract subject to the right to make specific amendments in respect of an individual call off.The information required by II.1.4 in relation to the framework agreement is as follows: This is a Framework Agreement with a single operator and would be for a term of four years. The estimated value of purchases for the contracts called off under this framework agreement is GBP 504 000 000.
II.1.6)Common Procurement Vocabulary:
79211000 - Accounting services.
79211120 - Sales and purchases recording services.
79222000 - Tax-return preparation services.
79211200 - Compilation of financial statements services.
72212442 - Financial systems software development services.
79823000 - Printing and delivery services.
75130000 - Supporting services for the government.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: Yes
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
The estimated total value of Wandsworth Borough Council’s contract (including the core and non core services only) for the entire possible ten year contract period is between GBP 6 000 000 and GBP 18 000 000.The total estimated value including the framework agreement is GBP 522 000 000.
Estimated value excluding VAT:
Range between: 6,000,000 and 18,000,000
Currency: GBP
II.2.2)Options: Yes
If yes, description of these options: Wandsworth Borough Council's contract will have a duration of six years, with the option (at the Council’s discretion) to extend by a period or periods of up to 4 years.
If known, Provisional timetable for recourse to these options:
Duration in months: 72 (from the award of the contract)
II.2.3)Information about renewals:
This contract is subject to renewal: No
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 120 (from the award of the contract)
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As set out in the invitation documentation and the pre-qualification questionnaire
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As set out in the invitation documentation and the pre-qualification questionnaire
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As set out in pre-qualification questionnaire
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
As set out in the invitation documentation
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
as set out in pre-qualification questionnaire
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
as set out in pre-qualification questionnaire
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
as set out in pre-qualification questionnaire
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: No
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Competitive Dialogue
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged number of operators: 6
Objective Criteria for choosing the limited number of candidates:
as set out in pre-qualification questionnaire
IV.1.3)Reduction of the number of operators during the negotiation or dialogue: Yes
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: Not Provided
IV.3.2)Previous publication(s) concerning the same contract: Yes
Prior information notice
Notice number in OJEU: 2014/S 178 - 314723 of 12/09/2014
Other previous publications: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Not Provided
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 16/02/2015
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3)Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Accounting-services./7472K8WNHZ
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7472K8WNHZ
GO-2015116-PRO-6295800 TKR-2015116-PRO-6295799
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
High Court
Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 20794760000
VI.4.2)Lodging of appeals: In accordance with Regulations 32 and 32A (Information about contract award procedures and the application of the standstill period prior to contract award) and Part 9 (Applications to the Court) of the Public Contracts Regulations 2006.
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 16/01/2015
ANNEX A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
London Borough of Barking and Dagenham
Civic Centre, Rainham Road North, Dagenham, RM10 7BN, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
2: Contracting Authority
London Borough of Bexley
Civic Offices, Broadway, Bexleyheath, DA6 7LB, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
3: Contracting Authority
London Borough of Brent
Brent Civic Centre, Engineer’s Way, Wembley, HA9 0FJ, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
4: Contracting Authority
London Borough of Bromley
Civic Centre, Stockwell Close, Bromley, BR1 3UH, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
5: Contracting Authority
London Borough of Camden
Town Hall, Judd Street, London, WC1H 9JE, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
6: Contracting Authority
City of London
Guildhall, London, EC2P 2EJ, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
7: Contracting Authority
London Borough of Croydon
Bernard Weatherill House, 8 Mint Walk, Croydon, CR0 1EA, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
8: Contracting Authority
London Borough of Ealing
Perceval House, 14/16 Uxbridge Road, London, W5 2HL, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
9: Contracting Authority
London Borough of Enfield
Civic Centre, Silver Street, Enfield, EN1 3XA, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
10: Contracting Authority
Royal Borough of Greenwich
Town Hall, Wellington Street, London, SE18 6PW, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
11: Contracting Authority
London Borough of Hackney
Town Hall, Mare Street, London, E8 1EA, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
12: Contracting Authority
London Borough of Haringey
Civic Centre, High Road, Wood Green, London, N22 8LE, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
13: Contracting Authority
London Borough of Harrow
Civic Centre, Station Road, Harro, HA1 2XY, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
14: Contracting Authority
London Borough of Havering
Town Hall, Main Road, Romford, RM1 3BD, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
15: Contracting Authority
London Borough of Hillingdon
Civic Centre, High Street, Uxbridge, UB8 1UW, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
16: Contracting Authority
London Borough of Hounslow
Civic Centre, Lampton Road, Hounslow, TW3 4DN, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
17: Contracting Authority
London Borough of Islington
Town Hall, Upper Street, London, N1 2UD, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
18: Contracting Authority
Royal Borough of Kingston upon Thames
Guildhall, High Street, Kingston upon Thames, KT1 1EU, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
19: Contracting Authority
London Borough of Lambeth
Town Hall, Brixton Hill, Lambeth, London, SW2 1RW, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
20: Contracting Authority
London Borough of Lewisham
Town Hall, Catford, London, SE6 4RU, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
21: Contracting Authority
London Borough of Merton
Civic Centre, London Road, Morden, SM4 5DX, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
22: Contracting Authority
London Borough of Newham
Newham Dockside, 1000 Dockside Road, London, E16 2QU, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
23: Contracting Authority
London Borough of Redbridge
Town Hall, High Road, Ilford, IG1 1DD, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
24: Contracting Authority
London Borough of Richmond upon Thames
Civic Centre, York Street, Twickenham, TW1 3BZ, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
25: Contracting Authority
London Borough of Southwark
160 Tooley Street, London, SE1 2QH, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
26: Contracting Authority
London Borough of Sutton
Civic Offices, St. Nicholas Way, Sutton, SM1 1EA, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
27: Contracting Authority
London Borough of Tower Hamlets
Mulberry Place, 5 Clove Crescent, London, E14 2BG, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
28: Contracting Authority
London Borough of Waltham Forest
Town Hall, Forest Road, London, E17 4JF, United Kingdom